Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Grace Power
Telephone
+44 1925678021
Country
United Kingdom
NUTS code
UKD - North West (England)
National registration number
02366678
Internet address(es)
Main address
http://www.unitedutilities.com
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40096&B=UNITEDUTILITIES
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40096&B=UNITEDUTILITIES
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PRO004482-Services-Framework-Wastewater Inlet Screens, River Intake & CSO Screens
two.1.2) Main CPV code
- 42996500 - Sewage screens
two.1.3) Type of contract
Supplies
two.1.4) Short description
The scope of services would cover the servicing & repair of both Water & Wastewater Inlet Screens, Network & CSO Screens, River Intake & Pumping Stations Screens and all the screenings handling equipment with the exception of wash water supply/pumping systems/skids/pump sets as there are Frameworks in place that cover these already. This work would cover both planned and reactive activities.
two.1.5) Estimated total value
Value excluding VAT: £21,600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Inlet Screens & Screen Handling Equipment
Lot No
1
two.2.2) Additional CPV code(s)
- 45259000 - Repair and maintenance of plant
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
The scope of services would cover the servicing & repair of both Water & Wastewater Inlet Screens, Network & CSO Screens, River Intake & Pumping Stations Screens and all the screenings handling equipment with the exception of wash water supply/pumping systems/skids/pump sets as there are Frameworks in place that cover these already. This work would cover both planned and reactive activities.
There are a number of different types of screens used in the water industry, which can be segmented into a number of sub-categories, examples of which are named below:
• Inlet Screens (Fine & Coarse)
• Network Combined Sewage Overflow Screens (CSO Static & CSO Powered)
• River Intake /Pumping Stations & Raw Water Screens
This agreement will only cover services deemed unsupported as defined by the Maintenance Excellence Group (MEG). Refurbishments that require multiple disciplines that UU cannot do in-house will continue to go through the MSP supported route or via the CDP’s.
The scope for repair & servicing shall cover the following:
• Disconnection of asset (if specified by UU)
• Transportation of assets to and from site
• Strip & Report
• Quote
• Repair
• Provide materials
• Reinstallation of asset
• Testing/Commissioning of asset
• On site emergency repairs to ‘make safe’
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £12,960,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
4 year contract with the option to extend for a further 4 years in 12 months increments
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Network & CSO Screens - Powered & Non Powered
Lot No
2
two.2.2) Additional CPV code(s)
- 42996500 - Sewage screens
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
The scope of services would cover the servicing & repair of both Water & Wastewater Inlet Screens, Network & CSO Screens, River Intake & Pumping Stations Screens and all the screenings handling equipment with the exception of wash water supply/pumping systems/skids/pump sets as there are Frameworks in place that cover these already. This work would cover both planned and reactive activities.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
4 year contract with the option to extend for a further 4 years in 12 months increments
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
River Intake/Pumping Stations & Raw Water Screens
Lot No
3
two.2.2) Additional CPV code(s)
- 42996500 - Sewage screens
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
The scope of services would cover the servicing & repair of both Water & Wastewater Inlet Screens, Network & CSO Screens, River Intake & Pumping Stations Screens and all the screenings handling equipment with the exception of wash water supply/pumping systems/skids/pump sets as there are Frameworks in place that cover these already. This work would cover both planned and reactive activities.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,240,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
4 year contract with the option to extend for a further 4 years in 12 months increments
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to procurement documents
three.1.2) Economic and financial standing
List and brief description of selection criteria
Please refer to procurement documents
Minimum level(s) of standards possibly required
Please refer to procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to procurement documents
Minimum level(s) of standards possibly required
Please refer to procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 November 2021
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
City of Westminster
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
United Utilities Water Ltd
Warrington
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
United Utilities Water Ltd
warrington
Country
United Kingdom